Tender

Loss Adjusters

THAMES WATER UTILITIES LIMITED

This public procurement record has 1 release in its history.

Tender

24 Oct 2024 at 14:32

Summary of the contracting process

Thames Water Utilities Limited, based in Reading, is inviting suppliers to tender for the provision of Loss Adjustment Services, with a key focus on insurance claims adjustment within the water industry. The tender process is in the active stage, with submissions required by 8th November 2024. The procurement is categorised under services and includes lots for emergency loss adjustment, major loss response, general loss adjusting services, and a contractor repair network, covering regions UKI and UKJ. The anticipated contract value is approximately £2,583,000, with the initial duration set for three years and options for two one-year extensions, making the total potential contract term five years.

This tender offers significant opportunities for businesses specialising in insurance claims adjustment and related services. Ideal candidates are those with experience in managing emergency incidents, major loss response, and day-to-day claims adjusting, alongside companies capable of providing a wide-ranging contractor repair network. Suppliers must be members of the Chartered Institute of Loss Adjusters or the Royal Institute of Chartered Surveyors. The selective procurement method, with the intention of forming a framework agreement with up to eight participants, will likely entice firms seeking steady, long-term contracts and relationships within the public utilities sector.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Loss Adjusters

Notice Description

Provision of Loss Adjustment Services and Contractor Repair Network

Lot Information

Primary Emergency, Major Incident and Out of Hours Loss Adjustment Services

Thames Water Utilities Limited are looking for a retained provider who can be called on at any time for emergency incidents, providing Thames Water with an out of hours helpdesk and crucial resources to provide early assessment and complete the evaluation of claims, which may include managing a repair and reinstatement process. Thames Water seeks long-term price stability for these services and prefers a 3-year contract, with allowable 1 year extensions up to a maximum of 5 years in total contract length.

Options: Any agreement awarded would be for a maximum initial period of 3 years, with options to extend for two further: one year periods.

Renewal: Any agreement awarded would be for a maximum initial period of 3 years, with options to extend for two further one year periods. The maximum total contract length would be 5 years.

Major Loss Response Panel

From time to time Thames Water require response to major incidents and therefore require a panel of suppliers that would be able to support by responding to these events should they occur, and providing early assessment and complete the evaluation of claims. Thames Water seeks long-term price stability for these services and prefers a 3-year contract, with allowable 1 year extensions up to a maximum of 5 years in total contract length.

Options: Any agreement awarded would be for a maximum initial period of 3 years, with options to extend for two further one year periods.

Renewal: Any agreement awarded would be for a maximum initial period of 3 years, with options to extend for two further one year periods. The maximum total contract length would be 5 years.

General Loss Adjusting Services

Day to day claims adjusting and ancillary services assessment and evaluation, with longer response requirements. Thames Water seeks long-term price stability for these services and prefers a 3-year contract, with allowable 1 year extensions up to a maximum of 5 years in total contract length.

Options: Any agreement awarded would be for a maximum initial period of 3 years, with options to extend for two further one year periods.

Renewal: Any agreement awarded would be for a maximum initial period of 3 years, with options to extend for two further one year periods. The maximum total contract length would be 5 years.

Contractor Repair Network

Thames Water seeks a provider offering a wide network of trades and services needed in Repair and Reinstatement following claims against TW. Thames Water seeks long-term price stability for these services and prefers a 3-year contract, with allowable 1 year extensions up to a maximum of 5 years in total contract length.

Options: Any agreement awarded would be for a maximum initial period of 3 years, with options to extend for two further one year periods.

Renewal: Any agreement awarded would be for a maximum initial period of 3 years, with options to extend for two further one year periods. The maximum total contract length would be 5 years.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-04b100
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/034521-2024
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Framework
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Negotiated procedure with prior call for competition
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

66 - Financial and insurance services


CPV Codes

66518300 - Insurance claims adjustment services

66519000 - Engineering, auxiliary, average, loss, actuarial and salvage insurance services

Notice Value(s)

Tender Value
£2,583,000 £1M-£10M
Lots Value
£2,583,000 £1M-£10M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
24 Oct 20241 years ago
Submission Deadline
8 Nov 2024Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
THAMES WATER UTILITIES LIMITED
Contact Name
Thames Water
Contact Email
procurement.support.centre@thameswater.co.uk
Contact Phone
Not specified

Buyer Location

Locality
READING
Postcode
RG1 8DB
Post Town
Reading
Country
England

Major Region (ITL 1)
TLJ South East (England)
Basic Region (ITL 2)
TLJ1 Berkshire, Buckinghamshire and Oxfordshire
Small Region (ITL 3)
TLJ16 Berkshire West
Delivery Location
TLI London, TLJ South East (England)

Local Authority
Reading
Electoral Ward
Thames
Westminster Constituency
Reading Central

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-04b100-2024-10-24T15:32:14+01:00",
    "date": "2024-10-24T15:32:14+01:00",
    "ocid": "ocds-h6vhtk-04b100",
    "description": "Format for requested participation: All suppliers who wish to respond to this contract notice must request a pre-qualification questionnaire (PQQ) by using the web link in Section I.3 . ( https://forms.office.com/e/XzdxSAeFkC ) From your response to the link in Section I.3 or above, Thames Water 's Procurement Support Centre will send you an email providing you login details for our eSourcing system. If the project requires it, you will receive an additional and separate survey to complete for Data protection. Note - The client may be Thames Water Utilities Limited or another company within the Kemble Water group structure. Note on Estimated Contract Values: All values shown are estimates only and have no binding on the total contract value that materialises under the provision of each service. Any bidder that passes the PQQ pass/fail questions will be taken through to ITN.",
    "initiationType": "tender",
    "tender": {
        "id": "FA2198",
        "legalBasis": {
            "id": "32014L0025",
            "scheme": "CELEX"
        },
        "title": "Loss Adjusters",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "66518300",
            "description": "Insurance claims adjustment services"
        },
        "mainProcurementCategory": "services",
        "description": "Provision of Loss Adjustment Services and Contractor Repair Network",
        "value": {
            "amount": 2583000,
            "currency": "GBP"
        },
        "lotDetails": {
            "awardCriteriaDetails": "Thames Water reserves the right to award a single or multiple lots to the most suitable providers(s)."
        },
        "lots": [
            {
                "id": "1 a",
                "title": "Primary Emergency, Major Incident and Out of Hours Loss Adjustment Services",
                "description": "Thames Water Utilities Limited are looking for a retained provider who can be called on at any time for emergency incidents, providing Thames Water with an out of hours helpdesk and crucial resources to provide early assessment and complete the evaluation of claims, which may include managing a repair and reinstatement process. Thames Water seeks long-term price stability for these services and prefers a 3-year contract, with allowable 1 year extensions up to a maximum of 5 years in total contract length.",
                "value": {
                    "amount": 249000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1080
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Any agreement awarded would be for a maximum initial period of 3 years, with options to extend for two further one year periods. The maximum total contract length would be 5 years."
                },
                "secondStage": {
                    "minimumCandidates": 8,
                    "maximumCandidates": 8
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "Any agreement awarded would be for a maximum initial period of 3 years, with options to extend for two further: one year periods."
                },
                "status": "active"
            },
            {
                "id": "1 b",
                "title": "Major Loss Response Panel",
                "description": "From time to time Thames Water require response to major incidents and therefore require a panel of suppliers that would be able to support by responding to these events should they occur, and providing early assessment and complete the evaluation of claims. Thames Water seeks long-term price stability for these services and prefers a 3-year contract, with allowable 1 year extensions up to a maximum of 5 years in total contract length.",
                "value": {
                    "amount": 126000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1080
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Any agreement awarded would be for a maximum initial period of 3 years, with options to extend for two further one year periods. The maximum total contract length would be 5 years."
                },
                "secondStage": {
                    "minimumCandidates": 8,
                    "maximumCandidates": 8
                },
                "submissionTerms": {
                    "variantPolicy": "allowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "Any agreement awarded would be for a maximum initial period of 3 years, with options to extend for two further one year periods."
                },
                "status": "active"
            },
            {
                "id": "2",
                "title": "General Loss Adjusting Services",
                "description": "Day to day claims adjusting and ancillary services assessment and evaluation, with longer response requirements. Thames Water seeks long-term price stability for these services and prefers a 3-year contract, with allowable 1 year extensions up to a maximum of 5 years in total contract length.",
                "value": {
                    "amount": 2000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1080
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Any agreement awarded would be for a maximum initial period of 3 years, with options to extend for two further one year periods. The maximum total contract length would be 5 years."
                },
                "secondStage": {
                    "minimumCandidates": 8,
                    "maximumCandidates": 8
                },
                "submissionTerms": {
                    "variantPolicy": "allowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "Any agreement awarded would be for a maximum initial period of 3 years, with options to extend for two further one year periods."
                },
                "status": "active"
            },
            {
                "id": "3",
                "title": "Contractor Repair Network",
                "description": "Thames Water seeks a provider offering a wide network of trades and services needed in Repair and Reinstatement following claims against TW. Thames Water seeks long-term price stability for these services and prefers a 3-year contract, with allowable 1 year extensions up to a maximum of 5 years in total contract length.",
                "value": {
                    "amount": 208000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1080
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Any agreement awarded would be for a maximum initial period of 3 years, with options to extend for two further one year periods. The maximum total contract length would be 5 years."
                },
                "secondStage": {
                    "minimumCandidates": 8,
                    "maximumCandidates": 8
                },
                "submissionTerms": {
                    "variantPolicy": "allowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "Any agreement awarded would be for a maximum initial period of 3 years, with options to extend for two further one year periods."
                },
                "status": "active"
            }
        ],
        "items": [
            {
                "id": "1 a",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "66518300",
                        "description": "Insurance claims adjustment services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "66519000",
                        "description": "Engineering, auxiliary, average, loss, actuarial and salvage insurance services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKI"
                    },
                    {
                        "region": "UKJ"
                    }
                ],
                "deliveryLocation": {
                    "description": "The whole of Thames Water Region"
                },
                "relatedLot": "1 a"
            },
            {
                "id": "1 b",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "66518300",
                        "description": "Insurance claims adjustment services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "66519000",
                        "description": "Engineering, auxiliary, average, loss, actuarial and salvage insurance services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKI"
                    },
                    {
                        "region": "UKJ"
                    }
                ],
                "deliveryLocation": {
                    "description": "The whole of Thames Water Region"
                },
                "relatedLot": "1 b"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "66518300",
                        "description": "Insurance claims adjustment services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "66519000",
                        "description": "Engineering, auxiliary, average, loss, actuarial and salvage insurance services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKI"
                    },
                    {
                        "region": "UKJ"
                    }
                ],
                "deliveryLocation": {
                    "description": "The whole of Thames Water Region"
                },
                "relatedLot": "2"
            },
            {
                "id": "3",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "66518300",
                        "description": "Insurance claims adjustment services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "66519000",
                        "description": "Engineering, auxiliary, average, loss, actuarial and salvage insurance services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKI"
                    },
                    {
                        "region": "UKJ"
                    }
                ],
                "deliveryLocation": {
                    "description": "The whole of Thames Water Region"
                },
                "relatedLot": "3"
            }
        ],
        "participationFees": [
            {
                "id": "1",
                "type": [
                    "document"
                ]
            }
        ],
        "submissionMethod": [
            "electronicSubmission",
            "written"
        ],
        "submissionMethodDetails": "https://thameswater.sharepoint.com/sites/ProcurementSupportCentreBidProcessRepository/FA2198LossAdjusters",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "As detailed in the PQQ",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "technical",
                    "description": "Loss Adjusters must be members of the Chartered Institute of Loss Adjusters (CILA) and Surveyors must be a member of the Royal Institute of Chartered Surveyors."
                }
            ]
        },
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "otherRequirements": {
            "reductionCriteria": "As detailed in section VI.3 and PQQ"
        },
        "submissionTerms": {
            "depositsGuarantees": "Bonds and/ or parent company guarantees of performance and financial standing may be required.",
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 180
            }
        },
        "contractTerms": {
            "financialTerms": "Specified in Invitation to Negotiate Document.",
            "tendererLegalForm": "Consortia may be required to form a legal entity prior to award.",
            "performanceTerms": "As detailed in the ITN",
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Negotiated procedure with prior call for competition",
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 8
            }
        },
        "secondStage": {
            "successiveReduction": true
        },
        "tenderPeriod": {
            "endDate": "2024-11-08T12:00:00Z"
        },
        "hasRecurrence": false,
        "reviewDetails": "Thames Water Utilities Limited will incorporate a standstill period at the point information on the award of the contract is communicated to tenderers. That notification will provide full information on the award decision. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into. The Utilities Contracts Regulations 2016 (SI 2016 No 274) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland)."
    },
    "parties": [
        {
            "id": "GB-COH-02366661",
            "name": "THAMES WATER UTILITIES LIMITED",
            "identifier": {
                "legalName": "THAMES WATER UTILITIES LIMITED",
                "id": "02366661",
                "scheme": "GB-COH"
            },
            "address": {
                "locality": "Reading",
                "region": "UKJ11",
                "postalCode": "RG18DB",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Thames Water",
                "email": "procurement.support.centre@thameswater.co.uk",
                "url": "https://forms.office.com/e/XzdxSAeFkC"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.thameswater.co.uk/",
                "classifications": [
                    {
                        "scheme": "TED_CE_ACTIVITY",
                        "id": "WATER",
                        "description": "Water"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-128178",
            "name": "Thames Water Utilities Limited",
            "identifier": {
                "legalName": "Thames Water Utilities Limited"
            },
            "address": {
                "locality": "Reading",
                "postalCode": "UK",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-COH-02366661",
        "name": "THAMES WATER UTILITIES LIMITED"
    },
    "language": "en"
}